Architect Tenders
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: This Is A Notice Of Intent To Sole-source A Contract Modification Pursuant To The Authority Of 41 U.s.c. 3304(a)(1), Only One Responsible Source, Which Applies When The Supplies/services Required By The Agency Are Only Available From One Responsible Source And No Other Type Of Supplies Or Services Will Satisfy Agency Requirements As Implemented By Federal Acquisition Regulation (far) 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. The Government Intends To Award A Contract Modification To Axim Geospatial, Llc (axim), Dewberry Engineers, Inc. (dewberry), Nv5 Geospatial Inc. (nv5), Tetra Tech Inc. (tetra Tech) And Woolpert, Inc. (woolpert) For The National Oceanic And Atmospheric Administration (noaa), National Ocean Services (nos), Office For Coastal Management (ocm) Who Has A Requirement For Professional Geospatial Support Services. Architect-engineer (a-e) Contracts 1305m221dncnp0016, 1305m221dncnp0017, 1305m221dncnp0018, And 1305m221dncnp0019, And 1305m221dncnp0020 Which Were Awarded Pursuant To The Procedures Set Forth In Far 36.6, Architect-engineer Services, On August 12, 2021, Have A Shared Maximum Ordering Value In The Amount Of $49,000,000.00 With A Five-year Ordering Period That Extends From August 29, 2021 Through August 28, 2026. These Contracts Will Be Modified To Increase The Shared Maximum Ordering Value.
axim, Dewberry, Nv5, Tetra Tech And Woolpert Are Uniquely Qualified To Provide These Services To Nos As They Are Currently Performing And Fulfilling The Requirements And Are The Only Known Firms Capable Of Performing The End-to-end Requirement In The Timeframe Needed For The Upcoming Geospatial Data Collection And Analysis Services Funded By Both Special Interest Actions And Annual Appropriations.
this Notice Of Intent Is Not A Request For Competitive Proposals; However, All Submittals Received By The Due Date Set Forth In This Notice Will Be Considered By The Government.
responses To This Notice Must Be Provided Within 15 Calendar Days From The Date Of This Notice. Companies Who Believe They Can Meet This Requirement Are Required To Submit In Writing An Affirmative Response Demonstrating A Comprehensive Understanding Of The Requirement. All Written Responses Must Include A Written Narrative Statement Of Capability, Including Detailed Technical Information Demonstrating Their Ability To Meet The End To End Requirement In The Timeframe Required. The Response Must Be Sufficient To Permit Agency Analysis To Establish A Bona Fide Capability To Fully Meet The Requirement. Failure To Submit Such Documentation Will Result In The Government Proceeding As Previously Stated. A Determination By The Government Not To Open The Requirement To Competition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Affirmative Written Responses Must Be Received No Later Than 12:00 P.m. Et, February 12, 2025. The Responses Must Be Submitted Via E-mail To Carley Flaxman, Contract Specialist, At Carley.flaxman@noaa.gov And Dorothy Curling, Contracting Officer, At Dorothy.curling@noaa.gov.
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award Modifications Against The Existing Task Orders Under The 2021 Unrestricted Architect/engineer (a/e) Environmental Support Services Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contracts (matoc). The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements."
project Description: This Is An Indefinite Delivery/indefinite Quantity (idiq) Matoc Pool For Architect/engineering For Environmental Support Services To Support U.s. Army Corps Of Engineers Assigned Mission Areas. The Type Of Services To Be Performed Under The Scope Of The Matoc Consists Of Design, Studies, Surveys, Sampling, Testing, Permit Procurement, Cost Estimates, Sustainable And Innovative Technologies, And Other Similar Activities Related To Environmental Matters.
a-e Services Include But Are Not Limited To Work On A Wide Variety Of Hazardous, Toxic, And Radiological (htrw) Sites In Addition To Other Non 29 Cfr 1910.120 Environmental Sites In A Manner That Complies With Federal, State, And Local Regulations And Laws, And Within Timeframes Required. Direct Award Options To Execute Environmental Support Activities For Relatively Simple, Low Dollar Or Medium Complexity Work Suitable For And To Execute Under Our Various Environmental Programs; Ex. Formerly Used Defense Sites (fuds), Department Of Defense Restoration Program (derp), Comprehensive Emergency Response Compensation And Liability Act (cercla), The Federal And State Versions Of The Clean Air Act (cca), The Clean Water Act (cwa), The Toxic Substances Control Act (tsca), The Resource Conservation And Recovery Act (rcra), Underground Storage Tank (ust) Regulations, The National Environmental Policy Act (nepa), The Corps Of Engineers’ Regulations And Other Environmental Laws And Regulations Mandating Pollution Prevention And Remedial And Munitions-related Activities.
this Notice Of Intent Is Not Considered A Request For Quotations Or Competitive Proposals. This Is A Written Notice To Inform The Public Of The Government’s Intent To Proceed With Awarding Modifications Against The Existing Task Orders Under The Unrestricted A/e Idiq Matoc For Environmental Support Services. Interested Concerns Must Show Clear And Convincing Evidence That Competition Of This Requirement Would Be Advantageous To The Government. A Determination By The Government Not To Compete This Proposed Action Based On Responses To This Notice Is Solely Within The Discretion Of The Government. The Approved Justification And Approval (j&a) For This Procurement Will Be Posted Following The Closure Of This Notice.
responses Should Be Emailed To The Government Point Of Contact For This Acquisition At Alexa.l.dukes@usace.army.mil No Later Than 14 February At 1:00 Pm Eastern Time (et).
responses Should Include:
1) Company Name, Address, Unique Identifier Number, And Point Of Contact Name Of Email Address.
2) Identify Business Size (i.e. Small Business, Other Than Small Business, Etc.) In Accordance With The Size Standard For Naics Code 541330.
3) Detailed Information That Will Demonstrate That Your Business Has The Capability To Provide Above Services.
Closing Date14 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, special regulation negotiated procedure with prior publication of a call for competition / negotiated procedure (services) Dlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning ... Moredlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning Services according to Hoai 2021, Part 4 Technical planning, Section 1 Structural planning for the renovation and new conception of the German Leather Museum Technical planning services Structural planning for phases 1-6 according to Section 51 Hoai 2021 as well as variant investigations into different possible solutions within service phases 1 + 2. Location of the construction project: The German Leather Museum is located in the inner city area, approx. 500 m west of the pedestrian zone, on the edge of Offenbach city center. Frankfurter Strasse, which runs east-west, is a major traffic axis for accessing the city center and borders the DLM and the forecourt, the "Platz des 8. Mai 1945", to the north. Construction: The DLM was founded in 1917 in the Technical College (now the HFG Offenbach). In 1938, the DLM moved into the "historic warehouse" built in 1829, which it still uses today. The warehouse had been converted into a museum building or an extension had been added to it according to plans by the museum's founder and architect Hugo Eberhardt. After the Second World War, in which the building suffered severe war damage, the building was rebuilt and the museum reopened in 1948. A first extension took place in 1960, a second in 1980. A third in 2009 closed a gap between the "historic warehouse" and the components from the 1960s and 1980s. The Dlm currently has a total usable area of approx. 6,400 m². The contract is awarded in stages. Contract stages are: Stage I: Lph 1 and 2 Stage II: Lph 3 Stage III: Lph 4, 5, 6 From performance phase 4 onwards, the Opg Offenbacher Projektentwicklungsgesellschaft Mbh (opg), which is indirectly owned by the city, will be commissioned in the name and on behalf of the city of Offenbach (including for carrying out tendering procedures and commissioning for all planning and consulting services still required after the project decision, as well as for services attributable to construction). Opg Mbh is a 100% subsidiary of Soh Gmbh, which is itself 100% owned by the city of Offenbach am Main. The city of Offenbach am Main has concluded a framework agreement with Opg for the supervision of construction work in and on publicly used buildings of the city. The contractor is obliged to accept the order of order level II on the basis of his contract for a period of 3 years as soon as the client requests this in writing. The period begins with the acceptance of the last order level. The contractor only has a legal right to order of order level II if this is agreed separately.
Closing Date10 Mar 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, special regulation negotiated procedure with prior publication of a call for competition / negotiated procedure (services) Dlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning ... Moredlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning Services according to Hoai 2021, Part 4 Technical planning, Section 1 Structural planning for the renovation and new conception of the German Leather Museum Technical planning services Structural planning for phases 1-6 according to Section 51 Hoai 2021 as well as variant investigations into different possible solutions within service phases 1 + 2. Location of the construction project: The German Leather Museum is located in the inner city area, approx. 500 m west of the pedestrian zone, on the edge of Offenbach city center. Frankfurter Strasse, which runs east-west, is a major traffic axis for accessing the city center and borders the DLM and the forecourt, the "Platz des 8. Mai 1945", to the north. Construction: The DLM was founded in 1917 in the Technical College (now the HFG Offenbach). In 1938, the DLM moved into the "historic warehouse" built in 1829, which it still uses today. The warehouse had been converted into a museum building or an extension had been added to it according to plans by the museum's founder and architect Hugo Eberhardt. After the Second World War, in which the building suffered severe war damage, the building was rebuilt and the museum reopened in 1948. A first extension took place in 1960, a second in 1980. A third in 2009 closed a gap between the "historic warehouse" and the components from the 1960s and 1980s. The Dlm currently has a total usable area of approx. 6,400 m². The contract is awarded in stages. Contract stages are: Stage I: Lph 1 and 2 Stage II: Lph 3 Stage III: Lph 4, 5, 6 From performance phase 4 onwards, the Opg Offenbacher Projektentwicklungsgesellschaft Mbh (opg), which is indirectly owned by the city, will be commissioned in the name and on behalf of the city of Offenbach (including for carrying out tendering procedures and commissioning for all planning and consulting services still required after the project decision, as well as for services attributable to construction). Opg Mbh is a 100% subsidiary of Soh Gmbh, which is itself 100% owned by the city of Offenbach am Main. The city of Offenbach am Main has concluded a framework agreement with Opg for the supervision of construction work in and on publicly used buildings of the city. The contractor is obliged to accept the order of order level II on the basis of his contract for a period of 3 years as soon as the client requests this in writing. The period begins with the acceptance of the last order level. The contractor only has a legal right to order of order level II if this is agreed separately.
Closing Date10 Mar 2025
Tender AmountRefer Documents
Public Works Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
South Africa
Details: Details Tender Number H24/055 Ai Department Public Works Tender Type Request For Bid(open-tender) Province Limpopo Date Published 10 February 2025 Closing Date 05 March 2025 11 00 Place Where Goods, Works Or Services Are Required Madiba Street-pretoria-pretoria-0001 Special Conditions Nb Bidders Must Be Registered On Gauteng Treasury Supplier Database (csd) 1. Nb Functionality Criteria 1. Professional Architectural Services Projects Service Provider To Attach A List Of Comparable Projects Currently Engaged In And/or Completed Projects 30 Points. 2. Human Resources Experience Of The Registered Professional Architectural As Provided In C2.1 (2) 30 Points 3. The Service Provider Must Have The Necessary Systems Or Infrastructure And Technology To Execute The Contract 25 Points. 4. Financial Credibility Service Provider Should Provide A Bank Rating Letter From The Bank Which Is Not Older Than 3 Months 15 Points. Enquiries Contact Person Billy Lebetha Email Billy.lebetha@dpw.gov.za Telephone Number 012-406-1824 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 21 February 2025 10 00 Briefing Venue Tolwe Police Station Farm, N1 R572 Road Tom Burke Tolwe Tender Documents Tender Document Architect.pdf
Closing Date5 Mar 2025
Tender AmountRefer Documents
Starkville Oktibbeha Consolidated School District Tender
Paints and Enamels
United States
Details: Advertisement For Bids Sealed Bids Will Be Received By The Starkville Oktibbeha Consolidated School District, Starkville Mississippi, Until February 13, 2025 At 2:00 P.m. In The Office Of The Superintendent, Starkville Oktibbeha Consolidated School District, 401 Greensboro Street, Starkville, Mississippi, For Interior Painting Sudduth Elementary School, Starkville Oktibbeha Consolidated School District, Starkville, Mississippi, Where They Will Be Publicly Opened And Read. Copies Of Said Specifications And Contract Documents May Be Obtained From Architectonics Pllc, Thomas Stewart, Architect, 300a Greensboro Street, Starkville, Mississippi, 39759. Phone: (662) 615-5588, Www.theschoolarchitect.com Or They May Be Examined In The Office Of The Superintendent. Proposals Shall Be Submitted In Duplicate Only Upon The Blank Proposal Forms Provided With The Specifications. Submittal Of Electronic Bids Is Allowed As An Option. Electronic Bids Must Be In “pdf” Format And Shall Contain The Same Information And Items Required For Paper Bids Including Bid Bond. Electronic Bids Will Be Accepted At Www.architectonics.info/planroom And Follow Link To Electronic Bidding. Bids Must Be Received On Or Before The Period Scheduled For The Project And No Bid May Be Withdrawn After The Scheduled Closing Time For The Project For A Period Of Sixty (60) Days. All Bids Submitted Must Comply With Section 31-3-21 Of The Mississippi Code 1972 As Annotated. The Owner Reserves The Right To Reject Any And All Bids And To Waive Any And All Informalities In The Bidding. By ____________________________ Dr. Tony Mcgee Superintendent Dates Of Publication January 21, 2025 January 28, 2025
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Sources Sought Is For Services That Will Be Required In Florida And Texas.
the Construction Contract Amounts For The Subject Projects Range From $10-50 Million For
florida Projects And $40-150 Million For Projects In Texas.
the Firm Fixed Price Contract Is Anticipated Not To Exceed $10m Over The Life Of The
contract.
the Naics Code For This Contract Is 541330. The Post Award Services For This
procurement Will Be In Fy 2025-2028.
no Foreign Nationals. Aspects Of The Projects Will Require Review Of Critical Supporting
documents That Foreign Nationals Are Prohibited From Accessing.
required Architect/engineering (a/e) Services May Include, But Are Not Limited To, Post
award Construction Support (pcas) For Designs Awarded For Construction Including
modifications For Unforeseen Changes.
a/e Will Be Required To:
Attend And Participate In The Precons That Will Be Organized And Led By The
navfac Fead/roicc In The Local Area Of The Project Site.
Attend And Participate In Any Partnering Meetings That Will Be Organized And Led
by The Navfac Fead/roicc In The Local Area Of The Project Site. The Partnering Meetings Must Be Attended By The Key Members Of The A-e’s Design.
team Who Will Be Working On This T.o.
Provide Construction Submittal Reviews
Prepare Record Drawings In Accordance With Fc 1-300-09n
Provide Field Consultation During Construction (fcdc): Provide Site Visits During Construction For The Purpose Of Surveillance Or Consultation. Fcdc Effort Must Be Specifically Authorized By The Navfac Dm/pm. These Services Do Not Include Consultation Necessary To Clarify The Intent Of The Drawings And Specifications; Effort For Any Change Due To Errors, Omissions Or Poor Design
quality; Post Design Services Associated With Checking Of Shop Drawings And Other Data Submitted By The Construction Contractor.
Provide Consultation To The Government With Technical Issues That Arise In Connection With The Project Prior To Final Acceptance Of The Project. Design Consultation Effort Must Be Specifically Authorized By The Navfac Dm/pm. This Service Does Not Include Effort To Provide Responses To Request For Information (rfi’s) That Clarify The Design And/or Correct Errors Or Omissions.
Provide The Comprehensive Interior Design (cid) – Furniture, Fixtures, And Equipment (ff&e) Package
Provide Reports And Presentations To Leadership As Requested. The A/e May Also Be Required To Provide Commissioning Services For Facility And Cybersecurity Requirements.
project Descriptions:
scope For Disaster Projects In Florida:
• Assessment And Oversight Of Repair Solutions For Restoration Of Facilities Damages By Storms For Up To 200 Facilities At Nas Pensacola, Florida. These Facilities Range In Size From Approximately 2000 Sf To 140,000 Sf. The Ae Services Scope Of Work Includes, But Is Not Limited To, The Following: Civil Storm Drainage Repair And Replacement; Structural Repair; Interior And Exterior Architecture Repair; Roof Envelope Repair And Replacement; Roof Drainage System Repair And Replacement; Mechanical, Fire Suppression,
telecommunication, Lightning Protection, And Electrical System Repair And Replacement; Erosion And Sedimentation Control; Mold Survey, Testing, And Remediation; Cultural Resources Shpo Consultation; And Environmental Hazardous Materials Compliance.
scope For Projects In Texas:
• Repair And Restoration Of Aircraft Maintenance Hangars And New Construction Of Aircraft Component Repair And Maintenance Facilities At The Corpus Christi Army Depot, Nas Corpus Christi, Texas. These Facilities Range In Size From 100,000 Sf To 160,000 Sf
special Qualifications Include, But Are Not Limited To:
the Ae Shall Have Recent Experience In The Assessment And Design Of Repair Needs For Disaster Recovery. Extra Consideration Will Be Given To Experience Working In Navy Base Areas.
the Ae Must Be Familiar With Current Navfac A-e Criteria/regulations, Guidelines, Andprocedures And Demonstrate The Ability To Handle Work Under Strict Deadlines.
a/e Firms That Do Not Have Full In-house Capability Must Also Have The Capability To Manage Sub-contractors And Ensure Quality Control. The A/e Must Demonstrate In The Submittal Its Plan For Successful Quality Assurance And Integration Of All Disciplines To
ensure That Quality Services Are Provided.
supervisory And/or Key Personnel Should Have Professional Engineer (pe) Or Registered Architect (ra) Certifications.
teams Must Consist Of The Following Disciplines (whether In-house Or Consultants):
(1) Project Manager
(2) Architects
(3) Civil Engineers
(4) Structural Engineers
(5) Mechanical Engineers
(6) Electrical Engineers
(7) Communications Distribution Engineers
(8) Fire Protection Engineers
(9) Interior Designers (ncidq)
(10) Landscape Architect
(11) Cost Estimators - Level 3 Ce
(13) Roofing & Waterproofing (rrc)
(14) Commissioning Agents (cx)
(17) Environmental Engineers And Technicians (hazmat)
(18) Schedulers With Experience In Level 3 At Minimum (delivered In P6 Format)
the Project Under This Contract Will Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
all Interested Firms Shall:
1. Have Naics 541330, Engineering Services, As An Approved Naics Code.
2. Answer All Of The Questions In Detail, As Noted On The Market Research Questionnaire.
the Information Received Will Be Used Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. A Decision Will Be Made Whether To Issue The Proposed Solicitation As A Competitive Set-aside For Small Business, U.s.
small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Women-owned Small Business (wosb) And/or Service-disabled Veteran-owned Small Businesses (sdvosb), Or Whether To Issue As Full And Open Competition (unrestricted).
please Limit Your Response To Five Pages Or Less. Completed Questionnaires Shall Besubmitted To Donald.s.quince.civ@us.navy.mil. All Responses Are Due By 11 March 2025 At 2:00pm (et).
Closing Date11 Mar 2025
Tender AmountRefer Documents
Department Of Energy Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: On 4/22/25, Amendment 01 Was Issuedto Provide A Revised Exhibit F As Well As The Presentation And Attendance Sheet From The Pre-qualification Meeting Held Virtually On April 17, 2025. Please See Attached Files For More Information.
fermi National Accelerator Laboratory (fnal) Is Requesting Qualifications For Professional Building Architectural And Engineering Services. These Services Will Be Performed On The Fermi National Accelerator Laboratory (fermilab) Site, Adjacent To The City Of Batavia, Illinois. Individual Projects Will Be Issued Under Task Orders, Which May Be In Either Dupage Orkane County.
fermiforward’s Infrastructure Services Division – Engineering Department (isd-e) Oversees A Diverse Range Of Projects, Including Alterations, Repairs, And New Construction, With Budgets Ranging From A Few Thousand To Several Million Dollars. These Projects Typically Involve But Are Not Limited To Studies Or The Creation Of Technical Documents For New Construction Or The Renovation Of Facilities In Industrial, Office, Public, And Housing Environments.
the Architect/engineer (a/e) Shall Furnish The Personnel, Facilities, Equipment, Materials, Travel, And Supplies Necessary To Perform Various Architectural/engineering Services, When Ordered By Fermiforward’s Procurement, And As Required By Isd-e At Fermilab In Batavia, Illinois, Or At Designated Off-site Locations, For Fermiforward.
for More Detailed Information, Please Review The Attached Sow Entitled, “sow_archeng Services_idiq_final.”
qualifications Are Due 05/16/2025 At 5pm Ct.
Closing Date16 May 2025
Tender AmountRefer Documents
Brighton And Hove City Council Tender
United Kingdom
Details: The Council Intends To Let A Dynamic Purchasing System (dps) For The Provision Of The Construction Related Consultancy. A Dps Is A Procurement Procedure Compliant With The Public Contracts Regulations 2015. It Is A Fully Electronic System. It Operates With The Benefits Of A Framework Agreement, Whereby Candidates Confirm At The Time Of Application That They Will Comply With The Dps Agreement Terms And The Call-off Contract Terms Published With The Dps, But Permits More Flexibility Than A Framework Agreement By Allowing Additional Candidates To Be Admitted To The Dps During Its Lifetime. The Dps Will Have An Initial Term Of Four Years, With The Option To Be Extended By Up To A Further Two Years. The Contracting Authorities Intend To Use The Dps To Call For Competition Among Admitted Participants In Order To Award Call-off Contracts For The Provision Of Construction Related Consultancy Services. The Anticipated Total Value Of These Call-off Contracts Is ?2 Million To ?5 Million Over The Term Of The Dps. The Categories Into Which The Dps Is Split, Each Of Which Covers A Role Relating To The Construction Industry From Riba Stages 0-7, Which Are As Follows: 1. Architectural Services 2. Landscape Architect 3. Asbestos Surveyor 4. Building Surveyor 5. Computer Aided Design Technician 6. Clerk Of Works 7. Electrical Engineer/designer 8. Engineering Services (civil And Structural) 9. Financial Viability Assessor 10. Health And Safety Advisor 11. Mechanical Engineer/designer 12. Project Manager 13. Quantity Surveyor/cost Consultant/employer's Agent 14. Urban And Regional Planner
Closing Date31 May 2025
Tender AmountEUR 5 Million (USD 5.8 Million)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Others
United States
Details: Added Questions And Answers. 6 Feb 25
the Architect-engineer (a-e) Shall Perform Field Reconnaissance, Studies, Site Investigations, And A Preliminary Design Meeting With The Users, Including Travel And Work Required To Obtain Engineering Information And Design Data To Produce Contract Documents For This Project. The Base Civil Engineering Project Manager Will Assist In Scheduling Design Meetings.
building 658 Is A 3800 Sq Ft Hydrant Fueling Facility For Jet Fuel And Includes Significant Fuels Piping Fed From The Nearby Outdoor Storage Tanks. Most Of The Space In The Facility Is A Fuels Piping Bay. There Is Also A Small Control Room And Bathroom In The Facility. The Heating In Building 658 Is Inadequate To Maintain Heat In The Fuel Bay. The Bay Is Currently Heated By 4 Hydronic Unit Heaters, Supported By A 400 Mbh Boiler Which Also Supplies Heat To The Rest Of The Facility. The Fuels Piping Bay Eye Wash Station Does Not Have Sufficient Accessible Hot Water. Current Domestic Hot Water Is Supplied By A Small On Demand Electric Hot Water Heater, Which Appears To Be Inadequate. The Fuel Coming From These Outdoor Storage Tanks Cools The Space When Operations Commence During Winter Months, Providing Additional Heat Load. The Small Control Room And Bathroom Are Not Included As Part Of This Project, Though The Heat Load From The Air Handler And Bathroom In This Area Will Have To Be Considered For Boiler Sizing. Historical Drawings For This Facility Have Been Lost. Site Investigation And Measurements Will Be Critical To The Success Of This Project.
Closing Date12 Feb 2025
Tender AmountRefer Documents
1711-1720 of 2253 archived Tenders